Talk to us 01204 238 046

Professional Services Tenders

From legal services, through to accountancy, telemarketing, consultancy and procurement contracts, professional services covers a wide range of businesses across the UK. The consistent demand for professional services presents suppliers with incredible opportunities to tender for some potentially landmark contracts.

Get in touch with
our experts

Prof Services

Sub-sectors

Professional services covers a wide range of services, products and works. These include;

  • Accountancy (from Treasury Services, Accounting and Auditing (HMRC), to VAT Advisory Services in relation to Procure 21)

  • Business Support

  • Education & Training

  • Health & Safety

  • Insurance

  • Interpretation & Translation Services

  • Lean Systems

  • Legal (from Duty Solicitor Contracts and Employment Law, to Trademarks, and Council Tax Debt Recovery)

  • Procurement

  • Scanning & Archiving

  • Telemarketing

Get bid support
I’m looking for Construction Work Contracts in Manchester
I’m looking for
In
Must be valued between and
CPV should be
Buyer/Publisher name is
Prior information notices should be
Winners name is

Published date should be
Deadline date should be
Likely Re-Tender date should be

Get notifications of Future Tenders of this type

Tender Value Published Deadline
HMPPS Managing Conflict & Violence Training
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by Friday 3rd May 2024 at 12.00 noon British Summer Time (Invites will be sent out later that day) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference -HMPPS Managing Conflict and Violence 'PQQ_424' - Full name - Company/organisation name - Contact details (E-mail and phone number) All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Thursday 9th May 2024 for a session at 2pm for 1 hour. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it's absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-04-24
Deadline:
2024-04-24
Wound Closure
UK London NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain. - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745, (where applicable). - MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022, (SI 2022 No 618, as amended), (UK MDR 2022). - The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter. > Employers liability Insurance cover of £5m per claim in the name of the Applicant > Public Liability Insurance cover of £5m per claim in the name of the Applicant > Product Liability Insurance cover of £5m in the name of the Applicant NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage. All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21). This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20). All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months. https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23). As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Please follow the guidance below: PORTAL ACCESS - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers”. EXPRESSION OF INTEREST - Find “SQ_xxx SQ TITLE” and click on the blue text. - Click on the ‘EXPRESS INTEREST’ button in the top right corner. RFI - The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here. - Responses to the RFI should be returned as an attachment to a message in the SQ.

Value:
Published: 2024-04-23
Deadline:
2024-04-23
Provision of Employment Law and Human Resources Service for The Royal Hospital Chelsea
LONDON ROYAL HOSPITAL CHELSEA APPEAL LIMITED

The supplier/consultant will be required to provide an Employment Law and Human Resources Service to the RHC which includes the provision of the following: • An Employment Law Adviser. (Essential to have experience of the Healthcare & Care Sectors and desirable to have Charity Sector experience). • Dealing with Employment Law and HR enquiries to the RHC. (Including drafting of letters, documents, settlement agreements etc.). • Legal Expenses Insurance (FCA Regulated). To protect the RHC from legal and award costs in Tribunals. • Review and update of Contracts of Employment, Employees Handbook and rolling review of HR Policies. • An online resource for both Employment law and HR material. • 24/7 support via e-mail and telephone, with no hidden charges Additional information: Please fully read the attached invitation to tender document, and follow the instructions contained within if you wish to take part in this process. Please note that the "Lowest / Actual value" is based on historical data, and is not to be taken as an indication of the Royal Hospital Chelsea budget for this contract (We do not disclose budgetary information during tender processes)

Value: 60000
Published: 2024-04-23
Deadline:
60000 2024-04-23
BBC Employee Assistance Services
British Oversea Territories London The British Broadcasting Corporation (BBC)

Health and Wellbeing are key priorities for the BBC and underpin our strategic ambition to "make the BBC an even greater place to work for everyone." We are committed to offering wellbeing services that meets the needs of our diverse workforce and the demands of a 24/7 global organisation where people thrive and are able to achieve their full potential. Our Health & Wellbeing provisions focus on building proactive initiatives and timely support and include an extensive range of information, guidance and access to services to help prevent health issues, protect and promote mental health and get support when needed with the aim of meeting our duty of care to staff and making the BBC a great place to work. Initiatives increasingly focus on protecting colleagues from developing work related health issues from arising and helping colleagues build resilience through engaging multi-platform solutions that are accessible on-site, online, and remotely in a variety of local languages, considering the diversity and cultural needs of our colleagues. This Contract Notice invites bids for the following services, represented under 3 lots: Lot 1: Global Employee Assistance Programme (EAP) Providing support to UK and internationally based employees. Practical advice and signposting on a range of topics including mental health, wellbeing and trauma support. Provision of confidential support at the point of contact with appropriate assessments and identification of suitable services to BBC employees with personal and / or work related issues that affect their wellbeing and performance at work. Proactive preventative support in helping individuals to address their mental health and wellbeing needs before they develop into more complex and/or long-term health issues. Lot 2 - Critical Incident Support On-site or remotely as requested, which provides at a minimum group support sessions for colleagues using the principles of psychological first aid with an understanding of the variety of challenges facing global corporations that may affect the wellbeing of colleagues and 1:1 support for colleagues from appropriately trained professionals who have experience in dealing in psychological first aid. Lot 3 - Reflective Practice A service that delivers proactive and preventative measures that help mitigate the impact of risks associated with the type and level of exposure staff members are experiencing in their workplaces which might compromise their psychological wellbeing. The aim of this service is to reduce the adverse impact of high risk and high exposure work and promote the benefits of this work through evidence based interventions. Additional information: Where there is more than one economic operator, the BBC reserves the right to require a grouping of economic operators to take a particular legal form or to require a single economic operator to take primary liability or to require that each party undertakes joint and several liability. Please register your interest in this project by taking the following steps: 1 - Register your company on the Jaggaer eSourcing portal (this is only required once): 1.1 Go to https://bbc.bravosolution.co.uk 1.2 - Click the link on the login page to register. 1.3 Accept the terms and conditions and click 'Continue'. 1.4 - Enter your correct business and user details. 1.5 - Note the username you chose and click 'Save' when complete. 1.6 - You will shortly receive an email with your temporary password. 2 - Express an interest in the tender: 2.1 - Login to the portal with the username/password. 2.2 - Click the 'PQQs/ITTs Open to all Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier). 2.3 - Click on the relevant PQQ/ITT to access the content. 2.4 - Click the 'Express Interest' button at the top of the page. This will move the PQQ/ITT into your 'My PQQs/My ITTs page. (This is a secure area reserved for your projects only. 2.5 - You can now access any attachments by clicking 'Buyer Attachments' in the 'PQQ/ITT Details' box. 3. Responding to the tender: 3.1 - Click 'My Response' under PQQ/ITT Details', you can choose to 'Create Response' or to 'Decline to Respond' (please give a reason if declining). 3.2 - You can now use the 'Messages' function to communicate with the buyer and seek any clarification. 3.3 - Note the deadline for completion, and then follow the onscreen instructions to complete the PQQ/ITT. There may be a mixture of online and offline actions for you to perform (there is detailed online help available). 3.4 You must then submit your reply using the 'Submit Response' button at the top of the page. If you require any further assistance, please consult the online help, or contact the Jaggaer eSourcing help desk.

Value: 3195000
Published: 2024-04-17
Deadline:
3195000 2024-04-17
Innovate UK Business Connect - Communications & Campaigns Framework - Content Creation
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. Innovate UK Business Connect has a network of over 46,000 unique organisations and 234,000 innovators. Innovate UK Business Connect is part of Innovate UK - the UK's innovation agency. Services Required: -Help us tell our story. Produce creative, compelling, and unique content that prompts action. -Produce content that supports Innovate UK, Innovate UK Business Connect, Innovate UK Business Growth, and Catapult Network to establish and communicate their products and services and position within the innovation landscape. -Work with Innovate UK Business Connect teams to understand individual projects requirements, timelines, and budgets. -Ensure Innovate UK and Innovate UK Business Connect core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital and Technologies, Healthy Living and Agriculture, Place, People, Products and Services (our offer). -Work alongside Innovate UK Business Connect teams to analyse the success of deliverables. -Understand the nuances of campaign partnerships and correctly represent brand hierarchies. Submission In response to this Statement of Works, please provide the information listed below. - Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc. - One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative. - Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 1st May 2024 - 31st March 2025 - A completed copy of the Pre-Qualification Questionnaire. - Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. - Legal information i.e. Your standard T&Cs. Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-04-16
Deadline:
75000 2024-04-16
Innovate UK Business Connect - Communications & Campaigns Framework - Live Streaming
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Services Required: Support Innovate UK, Innovate UK Business Connect, Innovate UK Business Growth, and Catapult Network establish and communicate their products and services and position within the innovation landscape. Work with Innovate UK Business Connect teams to understand individual projects requirements, timelines, and budgets. Ensure Innovate UK and Innovate UK Business Connect core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital and Technologies, Healthy Living and Agriculture, Place, People, Products and Services (our offer). Work on-site at events maintaining a high level of professional conduct at all times. Produce quality virtual events of high visual standard to engage our audience, streamed via our various channels. Provide remote event support services to ensure that our events run hitch free. Provide professional on-site webcasting services for hybrid events with visually engaging content for our online audience, with options for speakers to connect remotely. Provide post webinar production services to edit recordings to high standard. Submission In response to this Statement of Works, please provide the information listed below. Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc. One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative. Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 1st June 2024 - 31st March 2025 A completed copy of the Pre-Qualification Questionnaire. Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. Legal information i.e. Your standard T&Cs. Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-04-16
Deadline:
75000 2024-04-16
Innovate UK Business Connect - Digital Framework - Digital Services
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect (IUKBC) exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. IUKBC has a network of over 46,000 unique organisations and 234,000 innovators. IUKBC is part of Innovate UK - the UK's innovation agency. IUKBC is seeking a web development supplier to support continued design, development, and maintenance of IUKBC's primary web presence and development of associated project platforms. Services Required This request for quotation is to invite suppliers to quote for support on web development and online maintenance services. Work with IUKBC's digital team to understand individual project requirements, timelines, and budgets. Deliver solid web development solutions to specified briefs. Full maintenance of iuk.ktn-uk.org, including but not limited to patching, availability, security and accessibility requirements. Submission In response to this Statement of Works, please provide the information listed below. Shortlisted suppliers will be invited to pitch to IUKBC before a final decision is made. Short narrative describing how you approach projects i.e., your design approach, suppliers you may have to collaborate with to deliver etc. One or more examples of an online development work you have previously taken from concept through to roll out. Initial schedule of basic costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for; a, Ongoing retainer to include, technical, patching and development support services for iuk.ktn-uk.org the duration of the project i.e., 1st June 2024 - 31st March 2025. b, New platform development, including site build, development and retainer services. A completed copy of the Pre-Qualification Questionnaire. Additional Information. IUKBC invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with IUKBC values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. Legal information i.e. Your standard T&Cs. Please provide the information requested above to re.support@iuk.ktn-uk.org by 16th May 2024 at the latest. Submission will be assessed on an ongoing basis until this date.

Value: 90000
Published: 2024-04-16
Deadline:
90000 2024-04-16
Innovate UK Business Connect - Digital Framework - Digital Services
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect (IUKBC) exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. IUKBC has a network of over 46,000 unique organisations and 234,000 innovators. IUKBC is part of Innovate UK - the UK's innovation agency. IUKBC is seeking a web development supplier to support continued design, development, and maintenance of IUKBC's primary web presence and development of associated project platforms. Services Required This request for quotation is to invite suppliers to quote for support on digital marketing support services. Work with IUKBC's digital team to understand individual project requirements, timelines, and budgets. Deliver solid digital solutions to specified briefs with particular focus on (but not restricted to) SEO support, Digital Content, UX, Data analytics, Cookies/Compliance and Paid ads strategy. Submission In response to this Statement of Works, please provide the information listed below. Shortlisted suppliers will be invited to pitch to IUKBC before a final decision is made. Short narrative describing how you approach projects i.e., your design approach, suppliers you may have to collaborate with to deliver etc. One or more examples of an online development work you have previously taken from concept through to roll out. Initial schedule of basic costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for; a, Ongoing retainer to include, technical, patching and development support services for iuk.ktn-uk.org the duration of the project i.e., 1st June 2024 - 31st March 2025. b, New platform development, including site build, development and retainer services. A completed copy of the Pre-Qualification Questionnaire. Additional Information. IUKBC invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with IUKBC values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. Legal information i.e. Your standard T&Cs. Please provide the information requested above to re.support@iuk.ktn-uk.org by 16th May 2024 at the latest. Submission will be assessed on an ongoing basis until this date.

Value: 90000
Published: 2024-04-16
Deadline:
90000 2024-04-16
Innovate UK Business Connect - Communications & Campaigns Framework - Design & Identity
United Kingdom LONDON KNOWLEDGE TRANSFER NETWORK LIMITED

Innovate UK Business Connect exists to connect innovators with new partners and new opportunities beyond their existing thinking - accelerating ambitious ideas into real-world solutions. Innovate UK Business Connect has a network of over 46,000 unique organisations and 234,000 innovators. Innovate UK Business Connect is part of Innovate UK - the UK's innovation agency. Services Required: -Support Innovate UK, Innovate UK Business Connect, Innovate UK Business Growth, and Catapult Network establish and communicate their products and services and position within the innovation landscape. - Work with Innovate UK Business Connect teams to understand individual projects requirements, timelines, and budgets. - Ensure Innovate UK and Innovate UK Business Connect core messages are embedded throughout the content and have the following strategic themes in mind; Net Zero, Digital and Technologies, Healthy Living and Agriculture, Place, People, Products and Services (our offer). - Work to tight deadlines, be responsive and proactive. - Work alongside Innovate UK Business Connect teams to analyse the success of deliverables. - Produce brochures, reports, corporate documents, exhibition graphics, event and marketing material that accurately reflects Innovate UK Business Connect's brand guidelines and partner relationships. Submission In response to this Statement of Works, please provide the information listed below. - Short narrative describing how you would approach the project i.e., your design approach, suppliers you may have to collaborate with to deliver etc. - One or more examples of a campaign you have previously taken from concept through to roll out. If you do not have an example of this work, please select a suitable alternative piece of work, and associated narrative. - Initial schedule of costs. Recognising that this would be subject to change and within the constraints of the overall budget, suppliers are asked to submit a timeline of estimated costs for the duration of the project i.e., 1st May 2024 - 31st March 2025 - A completed copy of the Pre-Qualification Questionnaire. - Additional Information. Innovate UK Business Connect invite suppliers to provide any additional information in the form of video content, imagery, or links, which provide supporting evidence that suppliers recognise and work in accordance with Innovate UK Business Connect values as an organisation. Suppliers might include evidence of environmental management practices, environmental or social aims and social responsibility, diversity and inclusion policy and practices. - Legal information i.e. Your standard T&Cs. Submissions will be scored equally against the following five areas; understanding of the innovation landscape; previous experience and sample work; approach to working relationship; value for money; alignment with Innovate UK Business Connect values. Submissions will be subject to IR35 checks prior to award date.

Value: 75000
Published: 2024-04-16
Deadline:
75000 2024-04-16
TC 806 Planning, Land Charges Address Management & Building Control
United Kingdom Manchester Manchester City Council

Manchester City Council (MCC) wish to procure off-the-shelf Software as a Service (SaaS) solution(s) for Planning, Building Control, Land Charges and Address Management to provide a modern, mobile, scalable solution which is configurable by the service and can grow and change dynamically as requirements change. The solutions required will meet the requirements of the two lots outlined below. LOT 1 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Planning, Building Control and Land Charges, that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path. LOT 2 - Manchester City Council (MCC) wish to procure an off-the-shelf Software as a Service (SaaS) solution (specifically a vendor-hosted software solution licensed on a subscription basis) for Address Management that is accessible, cost effective, flexible, futureproof, simple, scalable and secure, with a clear Development and Upgrade path. We are seeking to provide a modern, off-the-shelf product currently in use by another Local Authority to enable data to be managed to meet all statutory and legal requirements. Capabilities included are: • maintain data quality, structure and sensitivity, • provide a full range of APIs for standardised data integrations to other systems, run on supported technologies and compatible with all major modern browsers. • Cloud security aligned to NCSC principles, including secure data in transit and at rest and role-based access controls, SAML compatibility to enable single sign on using modern authentication via MCC's preferred authentication platform (currently Azure Active Directory). • Provision of logging and auditing capabilities for user activity and security events, usable, specifically being intuitive, with an accessible design, and quick to learn for users, reliable, specifically with high availability, recoverability and business continuity, flexible and scalable to handle variations in demand. • Supplier provision of full technology support and a service desk, plus service wrapper including assigned account manager and regular service reviews. Additional information: The Council is using the e-business portal known as the Chest. Applicants will need to register their details at the following link www.the-chest.org.uk. Applicants will need to electronically submit their completed tender documents, including standard selection questionnaire, via the on-line portal by 11am on 13th May 2024.

Value: 720000
Published: 2024-04-11
Deadline:
720000 2024-04-11
PROC/7170/24 Insurance Services
'- London Fire Commission

Dear Supplier, You have been invited to participate in the tender - PROC/7170/24 Insurance Services. Please visit the supplier portal to Accept or Reject the invitation. Additional information: Dear Supplier, You have been invited to participate in the tender - PROC/7170/24 Insurance Services. Please visit the supplier portal to Accept or Reject the invitation. Is a Recurrent Procurement Type? : No

Value:
Published: 2024-04-10
Deadline:
2024-04-10
Skin Cleansing Disinfection and Hygiene 2025
UK London NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution, and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - -Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement. The NHS has adopted PPN 06/20 (taking account of Social Value in the award of Government Contracts) 2022, and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information on Social Value and to understand what's included in Social Value, please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS will adopt the Government's 'Taking Account of Carbon Reduction Plans' (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement, then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the 'Not Registered Yet' link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// . - Click on "SQs Open to All Suppliers". EXPRESSION OF INTEREST - Find Project_1236 - Skin Cleansing and click on the blue text. Select 'EXPRESS INTEREST' REQUEST FOR INFORMATION DOCUMENT - The Request for Information Document will then be available in the SQ_524 - RFI Skin Cleansing, which Applicants are asked to complete and return by 30th August 2024.

Value:
Published: 2024-04-10
Deadline:
2024-04-10
ITT ref 2841: Invitation to Tender Notice for DfE: The UK ENIC Service & Adjacent Services and for Home Office: The Provision of Qualification Equivalency and English Proficiency Assessment Services
British Oversea Territories London Department for Education

The high-level requirements of UK ENIC for the Department for Education are to deliver the UK National Information Centre for the Recognition of Professional Qualifications to: enable the UK to meet its obligations under the Lisbon Recognition Convention, chiefly relating to the equivalence of foreign qualification to those of the UK. The DfE Specification included with the tender documents provides details of the requirements. The main elements of UK ENIC Service are: 1. Implementation Services: - The Supplier shall build the UK ENIC database and build the UK ENIC portal during the Implementation Period. 2. Operational Services (following the Implementation Period): - operate, maintain and update the UK ENIC Database and a website dedicated to the Services; - provide Statements of Comparability; - operate a contact centre; - support to departments of the UK government and the devolved governments of Northern Ireland, Scotland and Wales - conference services. In addition to the UK ENIC Service, the supplier will be required to deliver Adjacent Services for DfE of: - An advisory and assessment service to Applicants holding UK and non-UK Qualifications on whether their qualifications enable them to work as qualified members of staff within early years settings in England. - A service that enables the Teaching Regulation Agency to request verification checks directly with a non-UK Higher Education Institution which issued the relevant Qualification. Either of these Adjacent Services (independent of each other) may be commenced or terminated during the contract period. The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), is the Authority procuring The Provision of Qualification Equivalency and English Proficiency Assessment Services. UKVI is a department within the Home Office. whose customers include but are not limited to: - those seeking to extend permissions to work or study, or stay or settle with family in the UK; - those seeking to evidence their rights as European Economic Area nationals and family members; and - those progressing from earlier immigration permissions to British nationality. The Home Office Specification included with the tender documents provides a detailed set of requirements. In summary, the main service elements include: - Verification of Customer identity & checks to establish overseas qualification provenance & equivalence to UK qualifications - confirm if taught or researched in English. - Confirm equivalency relevant to the Common European Framework of Reference for Languages level & whether the qualification academic, professional or vocational. - Develop, maintain and update an English Comparability database. - operate, maintain and update the public website for the Services. - Manage a range of case complexities & changes in demand Additional information: To support the delivery of a UK national information centre to implement the Lisbon Recognition Convention and the Global Convention (the UK ENIC), the Department for Education requires a range of Services in relation to the Assessment of Qualifications and/or the recognition of Qualifications and comparability of non-UK Qualifications with those of the UK as set out in this Schedule. The Services will be provided to a variety of users, including individuals with non-UK Qualifications/skills, government departments both in the UK and internationally, academic institutions, professional/regulatory bodies, commercial companies and employers. The Supplier will also be responsible for the provision of information on the education and training systems in the UK to support the international recognition of UK Qualifications. The Secretary of State for the Home Department, acting through UK Visas and Immigration (UKVI), seeks to award a Service Contract to a supplier for the Provision of UK Visa Qualification Equivalency and English Proficiency Assessment Services. The Contract will be for an initial 5-year term including 2 optional 12-month extension periods (5+1+1). This service will evaluate and assure evidence from customers who hold International educational qualifications. The service will also check and assure International educational qualifications for equivalency to UK educational standards and levels, assuring the credibility and authenticity of the certificate and qualifications as required under Home Office immigration policy as part of a UK visa application process. A single successful supplier shall be awarded both the DfE contract and the Home Office contract. The procurement process that will award both contracts will be carried out electronically through the DfE's profile on Jaggaer, an online e-Procurement Solution portal. Potential bidders should therefore ensure they are registered on this portal, under the name of the legal organisation that intends to enter into the contracts to deliver the services. It can be accessed at https://education.app.jaggaer.com. For full details of the instructions to tenderers and the terms of participation, refer to the Invitation to Tender documents which are available in Jaggaer. The Department is planning to host a Bidder Briefing Session on or around 17 April 2024 hosted via Microsoft Teams. If you would like to attend, please raise a clarification via Jaggaer with the representative's name, job title and email address. The closing date for bids is 04/06/2024 @ 11:59 AM

Value: 122500000
Published: 2024-04-09
Deadline:
122500000 2024-04-09
BE24085 - Projections of Climate Risks, their Societal Impact and Cost, and the Cost and Effectiveness of Adaptation Measures for Water Scarcity
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-04-09
Deadline:
2024-04-09
BE24084 - Projections of Climate Risks, Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures for Heat in The Urban Built Environment
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-04-09
Deadline:
2024-04-09
BE24035 - Projections of Climate Risks to Health and Health Services from Extreme Heat: Their Societal Impact and Cost, And the Cost and Effectiveness of Adaptation Measures
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-04-09
Deadline:
2024-04-09
Advocacy Services (High Court Extensions - England & Wales)
United Kingdom Manchester General Medical Council (GMC)

Section 41A of the Medical Act 1983 (as amended) ('the Act') provides the power for an Interim Orders Tribunal ('IOT') or a Medical Practitioners Tribunal ('MPT') of the Medical Practitioners Tribunal Service ('MPTS') to impose an interim order of suspension or conditions on a practitioner's registration where such an order is necessary for the protection of members of the public or is otherwise in the public interest, or is in the interests of the practitioner. An interim order may be imposed for an initial period of up to 18 months. At the end of the initial period, S41A(6) and (7) of the Act provides that the interim order may be extended by the relevant court, on application by the GMC ('HCE application'). These applications are made under Part 8 of the Civil Procedure Rules ('CPR'). Any extension of an interim order is for a maximum of 12 months, although there is no limit on the number of extensions that may be sought. S40(5) of the Act stipulates that the relevant court depends on the location of a registrant's registered address. For registrants with a registered address anywhere other than Scotland or Northern Ireland, the relevant court is the High Court of Justice in England and Wales ('the High Court'). Specifically, the GMC makes HCE applications in the Administrative Court in Manchester. In England and Wales, HCE applications are prepared by the GMC's in-house legal team and, those that progress to hearing, are presented by Counsel.

Value:
Published: 2024-04-08
Deadline:
2024-04-08
Provision of Insurance and related services to Great Places Housing Group
UK Manchester Great Places Housing Group

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Bidders should note that for reasons of confidentiality, full Tender information will be made available only to those bidders that are selected to proceed to the ITT Stage. Sufficient detail is provided within this Notice, the SQ and via the Authority's e-procurement portal to enable the Bidder to decide whether or not to participate in this process. At the ITT stage, all respondents will be required to detail your proposed insurance wordings and provide details of relevant experience of all account servicing, claims handling and risk management staff. For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Manchester:-Insurance-services./PW5B62585S To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/PW5B62585S GO Reference: GO-202445-PRO-25693547

Value:
Published: 2024-04-05
Deadline:
2024-04-05
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Homes for Haringey
United Kingdom London London Borough of Haringey - Parks and Leisure

Insurance DPS1 1166 X1 Re pollard Operational team to postpone if active nest activity is occuring This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-05
Deadline:
2024-04-05
Provision of Insurance and related services to Great Places Housing Group
British Oversea Territories Manchester Great Places Housing Group

Insurance and related services for Property, legal liability and other general (non-life) insurable risks, as required by Great Places Housing Group

Value: 12400000
Published: 2024-04-05
Deadline:
12400000 2024-04-05
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highways insurance works DPS1 1163 No working on trees which have nesting activity Parking suspensions can be arranged providing notice provided After images to be supplied to Clare (sent to mobile is sufficient) This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-04-05
Deadline:
2024-04-05
Legal Services Framework Agreement
LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

The Financial Reporting Council (FRC) is an independent regulator which serves the public interest by setting high standards of corporate governance, corporate reporting and audit and by holding to account those responsible for delivering them. The FRC also monitors and takes enforcement action where things go wrong to ensure the proper operation of the market and confidence in the UK economy and the UK's international reputation as an attractive place to do business. The purpose of this exercise is to create a Framework Agreement to provide a panel of law firms (the panel) to provide legal services for the FRC, through the FRC's in-house legal team. The legal team advises on a wide range of issues, including but not limited to: • creating, implementing, using and maintaining the FRC's powers and procedures; • developing and maintaining legally sound policies across the FRC; • information handling, sharing and risk; • corporate legal advice (eg on contracts, governance, intellectual property rights, brand and logo use, insurance etc); • responding to challenges (eg judicial review and complaints) as well as all litigation taken by, and against, the FRC; PLEASE SEE THE FULL DETAILS IN THE TENDER PACK. This tender has also been published on Find A Tender. Additional information: Additional text Note: • Download and review the documents; • Observe the timelines and tender process • Register your interest in this opportunity by email to Procurement@frc.org.uk • You will need to register your interest in this opportunity to receive the Q&A responses. • The FRC reserves the right to extend the contract by a further 12 months.

Value: 2290000
Published: 2024-04-04
Deadline:
2290000 2024-04-04
Legal Services Framework Agreement
UK LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

Please access the tender documents via https://www.contractsfinder.service.gov.uk/Notice/1e19204b-61b1-41c3-a350-59ef3ff2c17c

Value:
Published: 2024-04-04
Deadline:
2024-04-04
EMPOWER - Technical Assistance services to Creating a vibrant and self-sustaining private sector market for voluntary FP services in urban and semi-urban areas in Uganda
United Kingdom London Foreign Commonwealth and Development Office

This component of the EMPOWER programme aims to contribute to creating a vibrant and self-sustaining private sector market for voluntary FP services in urban and semi-urban areas. This will involve identifying the market segments that can pay for their services and building capacity of private for profit (PFP) and Private-Not-For-Profit (PNFP) outlets to provide these services affordably and sustainably. FCDO expects the private sector to play an increasing role in contributing to Uganda's targeted modern contraceptive prevalence rate (mCPR) and to increase the share FP service delivery covered by other funding sources beyond GOU and donors, including, for example, out of pocket and health insurance. Potential interventions are expected to address both demand and supply factors, and the delivery partner(s) are expected to test and scale up the most appropriate interventions.. Additional information: PQQ

Value:
Published: 2024-04-04
Deadline:
2024-04-04
Medical Insurance for British Embassy Cairo
British Oversea Territories London Foreign Commonwealth and Development Office

Medical Insurance for British Embassy Cairo Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via email at MENA.SMF@fcdo.gov.uk

Value: 89000
Published: 2024-04-02
Deadline:
89000 2024-04-02
Legal Services for the British Embassy Warsaw
British Oversea Territories London Foreign Commonwealth and Development Office

The Contractor will provide legal services for the British Embassy Warsaw within the following scope: - Legal services in all areas related to human resource management, including but not limited to, labour and social security law, litigation, compliance, taxes including PIT, personal data protection; - Pro bono legal services; Legal advice on global mobility and immigration as well as relationship with trade unions, negotiations and collective disputes.

Value: 50000
Published: 2024-03-28
Deadline:
50000 2024-03-28
Provision of Medical aid Insurance service at British High Commission Nigeria Network
London Foreign Commonwealth and Development Office

Provision of Medical aid Insurance service at British High Commission Nigeria Network

Value:
Published: 2024-03-28
Deadline:
2024-03-28
Fully Managed Payroll Service
London NS&I

NS&I requires a company to manage its payroll - receive information and pay data from NS&I, process it, report on it back to NS&I; once the reports are checked by NS&I and any queries resolved, BACS authorisation will be supplied and the company will then need to make payments to employees. Plus on occasion, separate payments will need to be made to individual employees outside of normal payroll cycles after the correct NS&I procedures have been followed. As well as payments to employees following suitable reports, checks and BACS authorisations, payment will need to be made to 3rd parties, e.g. pensions companies, HMRC etc. Reporting to HMRC etc. will also be a requirement as well as to MyCSP via suitable interfaces. Queries will need to be answered in a timely manner and in addition electronic payslips will also be required which will be stored securely and able to be accessed securely by employees. All data must be kept securely being mindful of GDPR and the Data Protection Act and if required information will need to be supplied to support pensions and any data queries relating from the McCloud Judgment. The supplier must be able to keep up to date with any legal changes, e.g. HMRC info and be able to amend their systems in a timely way to comply.

Value:
Published: 2024-03-27
Deadline:
2024-03-27
Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS)
United Kingdom Manchester NORTH OF ENGLAND COMMISSIONING SUPPORT

Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS) Short description North of England Commissioning Support (NECS) is a commissioning support service working for and on behalf of NHS Greater Manchester Integrated Care Board (GM ICB) (the Contracting Authority), who are undertaking a procurement to commission Greater Manchester Alternative Provider Medical Services (APMS), to be delivered for patients of Heywood, Middleton and Rochdale (HMR), Bolton, New Bank Practice, Victoria Mill Practice, Charlestown Medical Practice, Droylsden Road Family Practice, Simpson Medical Practice, City Health Centre and Hawthorn Medical Practice. There is also a need to secure provision of Walk In Centre services for City Health Centre and Hawthorn Medical Practice locations. Description of the procurement The basic principles that mirror those of the open procedure will be followed for this procurement to test the capability, capacity, and technical competence of providers in accordance with the Light Touch Regime within The Public Contracts Regulations 2015 (as amended), ensuring a fair, open and transparent process in accordance with NHS (Procurement, Patient Choice and Competition) (No. 2) Regulations 2013. The contract term for APMS only services is 10 years, with effect from 01 April 2025, with the option to extend for a further 5 years, subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority. The contract term for WIC Services is for 3 years, with effect from 01 April 2025, with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance and at the discretion of the Contracting Authority. Please note that caveat responses will be considered as non-acceptance of this requirement. Tender documentation will be available on the e-tendering site from 22 March 2024. The closing date for submission of tenders is by NOON on 14 May 2024. Additional information: The Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014 (TUPE) may apply to this contract as this is an existing service provision. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services. NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via Atamis: https://health-family.force.com/s/Welcome If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register. If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. The process is very straightforward, but if you find you do need advice or support in registering please contact the Atamis helpdesk using the following details: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk Opening times 8am - 6pm Here is the Atamis Supplier Management guide for information. PLEASE NOTE: You may be asked if you wish to merge your account with an existing organisation. This is based on a number of criteria including the domain name of your email address, so please ensure that you do register with your official work email address. Legal, economic, financial, and technical information Conditions for participation Objective rules and criteria for participation Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and (b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being.

Value: 118213571
Published: 2024-03-22
Deadline:
118213571 2024-03-22
Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS)
UK 3 Piccadilly Place, Manchester, Greater Manchester Alternative Provider Medical Services (APMS) and Walk in Centres (WICS)

The Transfer of Undertakings (Protection of Employment) Regulations 2006 as amended by the Collective Redundancies and Transfer of Undertaking (Protection of Employment) (Amendment) Regulation 2014 (TUPE) may apply to this contract as this is an existing service provision. Bidders are advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services. NECS is utilising an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, there will be no hard copy documents issued to potential bidders and all communications with NECS, including bid submissions, will be conducted via Atamis: https://health-family.force.com/s/Welcome If you have already registered on the system (e.g. to access contracts with another Health Family organisation) then there is no need to re-register. If you have not already done so you should now register as a Supplier on the shared system. You can register here: https://health-family.force.com/s/Welcome It is free to register on the portal and it can be accessed at any time of day providing you have a working internet connection. The process is very straightforward, but if you find you do need advice or support in registering please contact the Atamis helpdesk using the following details: Phone: 0800 9956035 E-mail: support-health@atamis.co.uk Opening times 8am - 6pm Here is the Atamis Supplier Management guide for information. PLEASE NOTE: You may be asked if you wish to merge your account with an existing organisation. This is based on a number of criteria including the domain name of your email address, so please ensure that you do register with your official work email address. Legal, economic, financial, and technical information Conditions for participation Objective rules and criteria for participation Under the Public Services (Social Value) Act 2012, Contracting Authorities must consider: (a) How what is proposed to be procured might improve the economic, social, and environmental well-being of the area where they exercise their functions; and (b) How, in conducting the process of procurement, they might act with a view to securing that improvement. Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to "economic, social, and environmental well-being". Accordingly, the subject matter of the contract has been scoped to take into account the priorities of the Contracting Authority relating to economic, social and environmental well-being.

Value:
Published: 2024-03-22
Deadline:
2024-03-22
Level 5 Diploma in Education and Training training
UK London Ministry of Justice

The MoJ would like providers to express their interest in this requirement by 5th April 2024 at 12.00 noon British Summer Time (Invites will be sent out later that day) by sending a message via our e-sourcing platform (Jaggaer):- https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html Please include the following detail in your message; - Quoting Reference - Level 5 Diploma in Education and Training Reference 'PQQ_419' - Full name - Company/organisation name - Contact details (E-mail and phone number) All responders (With a limit of 3 attendees per providers) will receive an invite to the Teams event on Tuesday 9th April 2024 at 10am. If you do have an account, please register on Jaggaer to create an account. If you have problems registering please contact 0845 0100 132 or e-mail esourcing@justice.gov.uk This notice is for Information only and the Authority reserves the right to not proceed to tender. Additionally the Authority (MoJ) reserves the right to discontinue the tendering process and not to award the contract. The information contained in this notice, including information relating to the nature and scope of the requirements, the estimated value, the service classification of this requirement or the list of CPV codes, is only indicative of current thinking and is neither exhaustive nor binding and the Authority reserves the right at it’s absolute discretion to amend it at the time of issue of any further notices or at any other time. The publication of this notice in no way obliges the Authority to commence any competitive tender process. The Authority is not / shall not be liable for any costs incurred by those expressing an interest in participating in this market engagement exercise. Any contracts are subject to the relevant legal and Cabinet Office controls and policies. The Authority reserves the right to source items included through other means (e.g. an existing contract or framework).

Value:
Published: 2024-03-20
Deadline:
2024-03-20
1800000.0
UK London Department for Energy Security & Net Zero

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.

Value:
Published: 2024-03-20
Deadline:
2024-03-20
Disposable and Washable Continence Care and Associated Products
UK London NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

The purpose of this notice is to draw attention to a procurement that NHS Supply Chain intends to commence during the subsequent 12 months. The invitation to tender will be the subject of a separate notice and it is that notice to which potential suppliers will need to respond at the appropriate time. NHS Supply Chain is currently considering the use of Lots for this procurement. However, it reserves the right not to as part of any future tender process. Further information in respect of the Lot strategy will be set out in the notice for the forthcoming procurement. The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission: - ISO 9001: 2015 accredited by the United Kingdom Accreditation Service (or equivalent) to cover all segments of the Applicant’s and the product’s supply chain. This should include, but not be limited to, manufacturing, storage and distribution. If Quality Assurance Standard certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain. - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). - MHRA registration of any medical devices, in compliance with the Medical Devices Regulations 2022 (SI 2022 No 618, as amended) (UK MDR 2022). - The Insurance set out below, acceptable evidence of which should be an Insurance Certificate or a signed Broker’s letter. > Employers liability Insurance cover of £5m per claim in the name of the Applicant > Public Liability Insurance cover of £5m per claim in the name of the Applicant > Product Liability Insurance cover of £5m in the name of the Applicant NHS Supply Chain will assess the Applicant’s economic and financial standing (or that of the entity or entities the Applicant is relying upon). Documentary evidence of this will be required at tender stage. All Applicants for this future tender must have a compliant Carbon Reduction Plan to be considered for the Framework Agreement (PPN 06/21). This future Framework Agreement will include some qualitative evaluation questions on Social Value with a minimum weighting of 10% towards the award (PPN 06/20). All Applicants bidding to be on any NHS Supply Chain Frameworks must submit an Evergreen Assessment as part of the tendering process. This must be completed annually, and the maturity score will be valid for 12 months. https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/ As a minimum (and further requirements may be set out in the tender documents), Applicants are required to have a Modern Slavery Assessment (MSAT) completed within 12 months of the future tender close date (PPN 02/23). As part of its pre-tender strategy, NHS Supply Chain anticipates engaging with suppliers of these products via an expression of interest and a Request for Information (RFI). Please follow the guidance below: PORTAL ACCESS - Login with URL https://nhssupplychain.app.jaggaer.com// - Click on “SQs Open to All Suppliers”. EXPRESSION OF INTEREST - Find “SQ_531 Disposable and Washable Continence Care” and click on the blue text. - Click on the ‘EXPRESS INTEREST’ button in the top right corner. RFI - The Request for Information Document will be available in the Qualification envelope and attachments tab. The closing date for responses to the RFI will be indicated here. - Responses to the RFI should be returned as an attachment to a message in the SQ.

Value:
Published: 2024-03-19
Deadline:
2024-03-19
Additional Procurement of the Standard Civil Contract 2024 including Housing Loss Prevention Advice Service (HLPAS) from 1 September 2024
United Kingdom London The Legal Aid Agency

The Legal Aid Agency ("LAA") is inviting Tenders to deliver the publicly funded civil legal aid services, to commence from 1 September 2024 under the 2024 Standard Civil Contract ("2024 Contract"). This is an additional procurement exercise, and supplemental to that launched on 13 September 2023. Providers do not need to submit a response to this procurement process in the following circumstances: - those who have been notified of a successful outcome of their 2024 Standard Civil Tender through the eTendering message board; and - those who are not seeking to deliver Contract Work in additional Categories of Law and/or from additional offices/Procurement Areas The LAA intends to award contract work under this process to commence on or around 1 September 2024, however, it cannot guarantee this date and the actual date contract work may commence could be later. This exercise will cover the following Categories of Law: - Family. - Housing and Debt and Welfare Benefits. - Immigration and Asylum (including work at Immigration Removal Centres (IRCs). - Mental Health. - Community Care. - Claims Against Public Authorities. - Clinical Negligence. - Public Law. - Family Mediation. - Education; and - Discrimination. Alongside tenders for the above Categories of Law, applicants may also tender to deliver the Housing Loss Prevention Advice Service (HLPAS). HLPAS contract work awarded under this exercise will commence as soon as possible after 1 September 2024. This opportunity will be restricted to the following areas only: - Barnstaple, Torquay & Newton Abbott - Blackpool, Preston - Crewe - Lancaster - St Helens - Taunton, Yeovil - Wigan All organisations that meet the minimum contract requirements can tender to deliver services under a 2024 contract. You do not need to be a current legal aid provider to tender for this opportunity. All organisations that successfully tender will be awarded a 2024 contract and there is no limit to the number of 2024 contracts that may be awarded under this process. Applicants must review the following documents which set out the complete rules of the additional 2024 procurement process and should be read in the following order: - Selection Questionnaire Invitation to Tender (SQ ITT ADD); - Award ITT ADD; - Category-Specific Information; - HLPAS ITT ADD (to tender for HLPAS work); - HLPAS Specific Information ADD document (to tender for HLPAS work); - 2024 Contract; and - Frequently Asked Questions. All Tenders must be completed and submitted using the eTendering system, accessed through: https://www.gov.uk/government/publications/civil-2024-contract-procurement-process or https://legalaid.bravosolution.co.uk Late submissions will not be considered under any circumstances. It is the Applicant's sole responsibility to ensure it submits a Complete Tender before the Tender Deadline and ensure its Tender has been correctly completed to fully and properly represent its tender for the 2024 Contract.

Value:
Published: 2024-03-18
Deadline:
2024-03-18
Provision of Vehicle Insurance for British Consulate General Jerusalem
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Vehicle Insurance for British Consulate General Jerusalem Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via email.

Value: 65000
Published: 2024-03-13
Deadline:
65000 2024-03-13
Provision of Legal Adviser Services for British Embassy Iraq Network
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Legal Adviser Services for British Embassy Iraq Network Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via email.

Value: 69000
Published: 2024-03-11
Deadline:
69000 2024-03-11
[EBE] Ebury Bridge Estate : Management Company Services
London capitalEsourcing

The services required consist of the provision of "Management Company Services" inclusive of but not limited to residential block, estate, housing, and site wide services including energy, facilities management, operational costs, service charges and external maintenance services and proposed integrated approach at Ebury Bridge Renewal Scheme. All interested parties in this scheme should note the following points prior to expression of interest/ Companies should; (i) Professionally qualified; RICS or ARMA regulated. (ii) Good track record and high levels of managerial experience on similar sized mixed use estates. (iii) Financial experience of managing a service charge budget for scheme of this size and tenure (iv) Employment management of on-site staffing provision including front of house, security 24/7 staffing levels. (v) Experience of delivering "responsible procurement & social value". See link to Westminster Responsible Procurement Commissioning strategy. https://www.westminster.gov.uk/responsible-procurement-and-commissioning-strategy. (vi) Have and maintain a minimum insurance level in line with (EL) £5M, (PL) £5M. (vii) Subsequent invitation to tender opportunity will include detailed qualification questions on a pass/fail basis to ensure compliance with the requirements as set out in this opportunity. (viii) Knowledge of Building Safety Act regulations for buildings over 18mtrs. (ix) Energy centre management experience. (x) Contract duration < 12 months Additional information: Parties who are interested in registering for this opportunity should complete or up date existing companies details via the following Westminster Procurement Portal; Capital eSourcing : https://www.capitalesourcing.com/web/login.shtml Thereafter, issue email confirming interest to contact noted in this notice.

Value:
Published: 2024-03-08
Deadline:
2024-03-08
Forensics - National Crime Agency
London National Crime Agency

C0985 Forensics - Consumables The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split into three contracts. Suppliers have the option of bidding for one or more contracts. Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement. Other related Tenders open: For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers For more info: https://nca-atamis.my.site.com/ProSpend_eSourcing_Community_registration?locale=uk

Value: 3000000
Published: 2024-03-07
Deadline:
3000000 2024-03-07
Arboricultural Supply - Arboricultural Supply - Machinery
United Kingdom London London Borough of Haringey - Parks and Leisure

London Borough of Haringey Short Term Hire 2024 Specification Requirements of Grounds Maintenance Machinery 1. Background 1.1 Parks and Greenspaces Services is responsible for the Management and maintenance of the Boroughs Parks and Open Spaces. 1.2 This short term hire is part of a programme to support the service during seasonal peak periods. 2. Defining the need 2,1 As part of the Parks and Greenspaces productivity Action Plan it was decided to create a dedicated Borough Wide Grass Team and procure a short term hire of machinery for the grass cutting seasons. The hire period will begin week commencing 1st April and ending 20th October (202 days). 2.2 Flexibility of the hire period and the types of machinery required within the hire agreement must be retained, i.e. the ability to shorten, extend, or swap machinery as needs require upon agreement of the contractor and a council officer at no extra cost to the council. 3. Specification 3.1 The initial technical requirements are as follows Quantity Item 2 4WD Tractors with Turf Tyres, creep box, Aircon cab, min 32 speed, 30K plus gearbox, road registered, with beacon. 3.2 The functional requirements are as follows: 3.2.1 All machinery must be: • legal to be on the road • suitably taxed • have all warning beacons and light boards fitted before delivery • of a very good condition upon delivery (will be agreed upon delivery by a relevant council officer) • have all modern safety features included plus additional safety options fitted where possible. • no older than 3 years at the start of the leasing period unless otherwise agreed by a council officer • must come with the relevant daily / weekly check sheets / log books for Haringey staff to complete as required • be provided with all relevant safety information, including vibration (HAVS and WBV) and noise levels'. As specified on point 3.7.2, all documents are distributed to all relevant employees of Haringey. • ensure all machinery is in compliance with the FOR's scheme and current emission level restrictions for the London area. . 3.3 Repairs and Maintenance Expectations The repair and maintenance service must include the following points. • All Annual / Bi Annual Servicing needs of Machinery • Provision for Puncture Repairs & Roadside Recovery • Cover of all Fair Wear and Tear of items 3.4 Scheduled Servicing of Equipment: 3.4.1 A scheduled servicing of equipment is to completed at least once over the term of the leased period this must be pre-arranged between the contractor and a council officer to ensure minimum downtime. 3.4.2 Scheduled servicing should be carried out on the date and time agreed on site with minimal impact to service delivery. 3.5 Repairs and Breakdowns 3.5.1 All Repairs or Breakdowns of machinery should be completed within 24 hrs of notification from the Council to the Contractor. 3.5.2 If repairs on site are not achievable within a 24 hr period a replacement (like for like) piece of machinery must be in place within the next 24 hrs. Thus a turnaround of 48 hrs maximum is allowed. 3.6 Operator Misuse 3.6.1 The council will be responsible for operator abuse upon agreement of damage with a council officer If a breakdown is deemed to be the result of abuse by Haringey Council staff, 3.6.2 A fixed price estimate must be provided to the authority for approval prior to undertaking any works. 3.7 Induction and Inspections 3.7.1 The Contractor will ensure Haringey staff are inducted on the vehicle checks on the day of delivery. 3.7.2 The Contractor must ensure that a company representative is available on the day of delivery to induct Haringey Staff on the operation and safe working practices of the machinery. 3.7.3 The Contractor will ensure they have a representative present on the day of delivery to inspect and sign over the hire machinery to a Council Officer. Any previous or existing damage will be noted and recorded for future reference at this point. 3.8 Hire Terms 3.8.1 Any Off Hire of Machinery or any change in Machinery Requirements by the Council will be confirmed by a council officer with 5 working days' notice. 4. Evaluation of Tenders Tenders will be evaluated on a best Price basis; the successful contractor will commit to complying with all the requirements listed in the specification. Failure to do so will result in exclusion from the evaluation process. This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-03-05
Deadline:
2024-03-05
Suicide Postvention Services for North West London
UK London NHS North West London Integrated Care Board

This procurement will identify a provider of a bespoke and supportive liaison service for those bereaved or affected by suicide, in North West London. <br/> The aims of this service are to:<br/><br/>• Help navigate and support residents in NW London bereaved by suicide along their entire journey.<br/>• Make initial contact with those bereaved within 72 hours of a referral.<br/>• Provide emotional and practical support for individuals e.g. with inquests, liaising with coroners, funeral arrangements and rights and legal processes.<br/>• Liaise with Mental Health Trusts in regards to patients known to services to facilitate consistent care, as required.<br/>• Navigate and refer to, other local and national support services.<br/>• Provide contact and/or support for the longer term, as required, including offering support to those who have been bereaved by suicide in the past.<br/>• Build capacity in other organisations to support those bereaved by suicide (e.g. raising awareness, seeding borough based peer support groups, working in education settings).<br/>• Offer inclusive support to communities who may require a different approach to suicide bereavement, for example: children and young people, wider family and friends, people from BAME communities, LGBTQ+ groups, witnesses of a suicide, and those with mental or physical health needs.

Value: 593893
Published: 2024-03-02
Deadline: 2024-04-16
593893 2024-03-02 2024-04-16
Sizewell C Legal Services
London DESNZ

The Sizewell C (SZC) Project requires robust and specialised legal services to support the management of HMG's shareholding of the SZC Project, to support any future financing activity and to support the execution of a number of complex and interdependent contracts. The requirement is currently being developed and a market engagement event will be held from 15:00 to 16:00 on the 11/03/2024 . To sign up to the event, please email benjamin.obrien@beis.gov.uk. All suppliers will be sent an NDA to sign before attending the event. This procurement will be competed via Lot 2 of the Legal Services Panel Framework (RM6179) offered by the Crown Commercial Service. If you are a supplier on this framework and wish to be kept up-to-date, please register on Jaggaer - https:beisgroup.ukp.app.jaggaer.com/go/.

Value: 9000000
Published: 2024-03-01
Deadline:
9000000 2024-03-01
Provision of Legal Services in Relation to Fitness to Practise
United Kingdom London General Dental Council

The purpose of this notice is to notify the market of the General Dental Council's (GDC) intention to undertake a procurement exercise for Legal Services in relation to Fitness to practice cases. The GDC is the UK-wide statutory regulator of more than 115,000 members of the dental team, including approximately 44,000 dentists and 71,000 dental care professionals (DCPs) - dental nurses, clinical dental technicians, dental hygienists, dental technicians, dental therapists and orthodontic therapists. Our primary purpose is to protect patient safety and maintain public confidence in the dental professions. The GDC achieve this through the following objectives:   -to protect, promote and maintain the health, safety and well-being of the public;   -to promote and maintain confidence in the dental profession; and   -to promote and maintain proper professional standards and conduct for these professions. Where a concern is raised about a dental professional's conduct or competence the has the power to investigate:  -serious or repeated mistakes in clinical care, for example mistakes in diagnosis or dental procedure;  -failure to examine a patient properly, to secure a patient's informed consent before treatment, keep satisfactory records, or to respond reasonably to a patient's needs;  -not having professional indemnity insurance;  -cross infection issues (for example, using dirty clinical equipment during treatment);  -serious breaches of a patient's confidentiality;  -potential criminal offences including fraud, sexual misconduct, theft or dishonesty by a dental professional;  -conduct that is contrary to the GDC standards; and  -poor health or a medical condition that significantly affects a dental professional's ability to treat patients safely.  At this point we are considering our procurement options to securing contract to provide the legal services as described in section [ II.2.4 ] below. If your organisation is interested in tendering for the work described in this PIN , please complete the expression of interest form , downloadable from the Delta e-Sourcing portal. Complete forms will need to be submitted by Midday on 18 March 2024.

Value: 7000000
Published: 2024-03-01
Deadline:
7000000 2024-03-01
Provision of Legal Services in Relation to Fitness to Practise
UK London General Dental Council

Interested suppliers should complete the attached interest form and return appropriately via the Delta e tendering portal. For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-03-01
Deadline:
2024-03-01
Forensics - National Crime Agency
London National Crime Agency

C0985 Forensics - Consumables The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split into three contracts. Suppliers have the option of bidding for one or more contracts. Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement. Other related Tenders open: For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers For more info: https://nca-atamis.my.site.com/ProSpend_eSourcing_Community_registration?locale=uk

Value: 3000000
Published: 2024-02-28
Deadline:
3000000 2024-02-28
Forensics - National Crime Agency
London National Crime Agency

C0984 Forensics - Digital & Technology The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split in to three contracts. Suppliers have the option of bidding for one or more contracts. Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers Other related Tenders open: For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement. For more info: https://nca-atamis.my.site.com/ProSpend_eSourcing_Community_registration?locale=uk

Value: 70000000
Published: 2024-02-28
Deadline:
70000000 2024-02-28
Forensics - National Crime Agency
London National Crime Agency

C0983 Forensics - Traditional Physical The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split in to three contracts. Suppliers have the option of bidding for one or more contracts. For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Other related Tenders open: Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement. For more info: https://nca-atamis.my.site.com/ProSpend_eSourcing_Community_registration?locale=uk.

Value: 70000000
Published: 2024-02-28
Deadline:
70000000 2024-02-28
Forensics - National Crime Agency
London National Crime Agency

C0984 Forensics - Digital & Technology The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split in to three contracts. Suppliers have the option of bidding for one or more contracts. Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers Other related Tenders open: For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement.

Value: 70000000
Published: 2024-02-27
Deadline:
70000000 2024-02-27
Forensics - National Crime Agency
London National Crime Agency

C0985 Forensics - Consumables The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split into three contracts. Suppliers have the option of bidding for one or more contracts. Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement. Other related Tenders open: For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers

Value: 3000000
Published: 2024-02-27
Deadline:
3000000 2024-02-27
Forensics - National Crime Agency
London National Crime Agency

C0983 Forensics - Traditional Physical The National Crime Agency protects the public from serious and organised crime; and is inviting tenders for the provision of analytical forensic services across a wide range of disciplines playing a pivotal role in its mission. These tenders present an exciting opportunity for Suppliers with expertise in delivering forensic capability against a comprehensive range of services, that combine quality, value , legal and forensic compliance. The contract duration will be for eight (8) years and split in to three contracts. Suppliers have the option of bidding for one or more contracts. For Contract C0983 Traditional Forensics - The Authority is seeking to award a single contract for a managed service utilising sub-contracting arrangements to deliver all disciplines. Suppliers will be required to manage complex cases and be multi-disciplined. It is intended that work submitted under this contract will be managed on a split basis. Other related Tenders open: Contract C0984 Forensics - Digital & Technology the Authority is looking to award to multiple suppliers Contract C0985 Forensic Consumables The Authority is looking to award a single contract for this requirement.

Value: 70000000
Published: 2024-02-27
Deadline:
70000000 2024-02-27
Framework Agreement for the Provision of Tipping General and Recycle Waste
UK LONDON Transport for London

PLEASE READ: TfL use the e-tendering platform SAP Ariba for all its procurement activities. In order to access the tender documents, suppliers need to be registered as an approved TfL supplier within SAP Ariba and subsequently added to the sourcing project. To register your company please in the first instance please email the Procurement Lead, Himali Basnayake on Himali.Basnayake@tfl.gov.uk, with the following information: - Full legal company name and registered address - Contact first name and surname - Contact job title - Contact email address - Contact phone number Alternatively, to self register, visit the following link: https://s1-eu.ariba.com/Sourcing/Main/aw?awh=r&awssk=qI4ZAflFZ0CrQrZW&realm=TfL&dard=1 Once approved (or if you are already an approved supplier) please email Himali Basnayake on Himali.Basnayake@tfl.gov.uk and request to be added to the sourcing event where you will be able to access the full suite of tender documentation. If you have any issues registering please contact the SAP Ariba Enablement Team on ariba_supplier_enablement@tfl.gov.uk.

Value:
Published: 2024-02-26
Deadline:
2024-02-26
Jubilee Primary School & Children’s Centre ~ Cleaning Tender
UK London Jubilee Primary School and Children's Centre

The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 340 students on roll and 50 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of cleaning services. The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all cleaning services within the School, which currently includes:•Jubilee Primary School and Tulse Hill Children’s Centre•Brockwell One O'clock Park •Loughborough Children’s CentrePlease see SQ Document for more information.

Value: 360000
Published: 2024-02-20
Deadline: 2024-03-29
360000 2024-02-20 2024-03-29
PROC/7170/24 Insurance Services
SE1 0LL 169 Union Street, London , SE1 0LL London Fire Commissioner

Provision of Insurance Services

Value:
Published: 2024-02-20
Deadline: 2024-04-05
2024-02-20 2024-04-05
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

DPS1 1137 Highway reactive insurance works to be completed March / April 2024 Parking suspensions can be arranged providing 10dys notice provided This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-19
Deadline:
2024-02-19
PROC/7170/24 Insurance Services
UK London London Fire Commissioner

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Prior Information Notice - Generalist community legal advice
UK London London Borough of Southwark

Value:
Published: 2024-02-19
Deadline:
2024-02-19
Prior Information Notice - Specialist community legal advice
UK London London Borough of Southwark

Value:
Published: 2024-02-19
Deadline:
2024-02-19
BTA1820 Short Term Rental Data
London British Tourism Authority t/a VisitBritain/VisitEngland

VB/VE is the national tourism agency, a non-departmental public body funded by the Department for Culture, Media & Sport (DCMS) and our mission is to make tourism one of the most successful and productive sectors for the UK economy. We achieve this by supporting England's tourism industry, driving inbound visitor spend, providing expert advice to industry and to Government. VB/VE research utilises a range of travel and tourism statistics to monitor and predict international and domestic tourism flows. As part of our new data sources project, we identified the following business needs: • Timeliness (monitoring inbound and domestic tourism at a shorter latency) • Granularity (examining tourism behaviour across nations/regions with greater detail) • Being forward looking (predicting future tourism flows with greater confidence) We have found that short term rentals data has the capacity to meet these needs, in terms of frequent and timely data deliveries, the ability to drill down into small regional geographies, and the provision of forward bookings data. We (and on behalf of Visit Wales) would like to retain and enhance our short-term rentals data package in order to best meet these needs. Interested suppliers can access the procurement documentation for this opportunity free of charge via the Atamis eprocurement system: https://visitbritain.force.com/s/Welcome If you have recently registered on the Atamis eProcurement portal for another VisitBritain requirement, you can use the same account. If not, you will first need to register your organisation on the portal. To register, you will need to: 1. Go to the URL: https://visitbritain.force.com/s/Welcome 2. Select 'Click here to register!' 3. Read and agree to the portal user agreement 4. Complete the registration form, providing information including: - The full legal name of your organisation, - Your company registration number, - Your DUNS number-a unique nine-digit number provided to organisations free of charge by Dun & Bradstreet. - Whether your organisation is a Small -Medium Sized Enterprise (SME) - User and contact details.

Value: 120000
Published: 2024-02-16
Deadline:
120000 2024-02-16
Provision of Medical Aid Insurance at British High Commission Freetown
UK London Foreign Commonwealth and Development Office

Provision of Medical Aid Insurance at British High Commission Freetown for inpatient and outpatient services

Value:
Published: 2024-02-15
Deadline: 2024-03-15
2024-02-15 2024-03-15
Provision of Medical Aid Insurance at British High Commission Freetown
London Foreign Commonwealth and Development Office

Provision of Medical Aid Insurance at British High Commission Freetown

Value:
Published: 2024-02-14
Deadline:
2024-02-14
Energy Performance Certificates - Croydon
Croydon London Borough of Croydon

The council are disposing / selling some of its property portfolio. For these transactions we require an Energy Performance Certificate to attach to the legal pack. The Council invites quotations from accredited assessors to provide energy performance certificates (EPC's) for its commercial and non commercial properties. 2 year contract Additional information: Croydon Council invites quotations for Energy Performance Certificates - Croydon Bidders must complete and return their bids using The Council e-procurement portal In-Tend (https://in-tendhost.co.uk/croydontenders) In order to receive notifications of Croydon tender opportunities please register free of charge at https://in-tendhost.co.uk/croydontenders To gain full access to this web site you must register your company / organisation using the Register option. When your registration has been accepted, you will receive an email containing your Login Information. Once you have received your Login Information, or if you are already a registered user, select the Login option. Registration is free and simple. All you need to enter on screen is the following information. Company Name, Company registration number (or tick a box if you don't have one) Tick a box to let us know if your company is an SME Address and Post Code. Phone number, a Contact First name, Last name and an Email Address. If you have any questions on how to use the web site please contact the In-Tend Support team at support@in-tend.co.uk or call on 0845 557 8079 / +44 (0) 114 407 0065 Once you have registered to see a list of all tenders you are involved in click My Tenders under Tenders. This is where you will be able to view any documents you have been sent, make your return and check your progress on the tender • To express interest in a tender click the Tenders button from the menu bar at top of the page. From here you will have access to a list of tenders. Select the View Details button and from here you can express interest via the Express Interest button • To view the history of your correspondence click the Correspondence button where you can view messages. • To send correspondence click the Create Correspondence, enter message details and click the Send button. Issue date: 01/02/24 Tender response deadline: 16/02/24 @ 12 Noon Is a Recurrent Procurement Type? : No

Value:
Published: 2024-02-14
Deadline:
2024-02-14
Provision of Medical Aid Insurance at British High Commission Freetown
UK London Foreign Commonwealth and Development Office

Value:
Published: 2024-02-14
Deadline:
2024-02-14
Global Legal Services Framework
UK LONDON NATIONAL GRID UK LIMITED

Value:
Published: 2024-02-09
Deadline:
2024-02-09
Digital and Data Capabilities Framework
UK LONDON NATIONAL GRID UK LIMITED

All information provided in this notice should be considered indicative in nature and no overall decision on the lotting structure and exact scope have yet been made. This notice is not a formal request for expressions of interest. National Grid Electricity System Operator (NGESO), a legally separate business within the National Grid Group, is the electricity system operator for Great Britain. The NGESO moves electricity around the system to keep homes and businesses supplied with the energy they need 24/7. National Grid Electricity System Operator (NGESO) became a legally separate business from the wider National Grid Electricity Transmission (NG) in 2019. NGESO are on a journey to become FSO, a separate legal entity under UK government ownership in mid-2024. Pertinent to this, it must devise a long-term corporate network strategy. NESO is not obliged to respond to any correspondence related to this notice. Direct or indirect canvassing of NESO (or any person connected with it) by any person concerning this notice, or any attempt to procure information outside of the defined process is discouraged and may (in certain circumstances) require the disqualification of the relevant person(s) from participation in any future competitive procurement process. All information provided by NESO during this notice is at an early stage of development, is not intended by NESO to create any contract or other commitment and is not intended by NESO to be otherwise relied on by any person to any extent. NESO shall have no liability for any losses incurred by any person as a result any such reliance. Further to the enclosed PIN, please indicate your expression of interest and confirmation of registration of ALL UVDB codes relevant to the services you wish to provide for NESO under Digital and Data Capabilities Framework by emailing Caitlin.Williams@nationalgrid.com You must be fully registered on Achilles and registered against ALL UVDB Codes within each Lot in order to receive the Contract Notice and be invited to the Pre-Qualification Stage. Please clearly state for each Lot your interest and current status, i.e.: Lot 1 Interested? Yes/No If Yes, Fully registered on Achilles against UVDB Codes? Yes/No Partially registered Not registered at all Desta Wheeler (Desta.Wheeler@achilles.com) can support any issues with completion of your registration process on Achilles ahead of the qualification event planned to commence in 26th February 2024.

Value:
Published: 2024-02-07
Deadline:
2024-02-07
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Homes for Haringey
United Kingdom London London Borough of Haringey - Parks and Leisure

PAR 191 X1 187 Oak Alexandra Park Road N10 Insurance work This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-02-05
Deadline:
2024-02-05
PS24036 - Measuring International R&I Policy Engagement and Influence
Calne DSIT

The final date and time for the submission of bids is Thursday 15 February at 11:00 DO NOT apply directly to the buyer. All tender information MUST be submitted through the Jaggaer eSourcing Portal. Brief Description of Requirement - DSIT (Department for Science, Innovation and Technology) currently spends part of the overseas aid budget, Official Development Assistance (ODA) on research and innovation through three major initiatives: The Newton Fund (Newton), the Global Challenges Research Fund (GCRF) and the International Science Partnerships Fund (ISPF). The Department also funds UKRI to deliver the Fund for International Collaboration (FIC). Additionally, the Department also spends on international research collaborations outside of the ODA context, including EU R&D programmes. These funds support UK scientists and innovators to work with peers around the world on some of the most pressing themes of our time. This funding is allocated by partner organisations to thousands of award holders, typically led by UK academic research institutions. - As these Funds are intended to address Global Challenges, there is a focus on positioning for impact. One important area of impact is Policy engagement/influence (in the UK and Internationally). DSIT would like to understand if funding through GCRF, Newton Fund, FIC and EU R&D programmes has Policy engagement/influence. One approach to this is to develop a method for scanning and analysing data, web or other sources for documented evidence of engagement/impact. Aims and Objectives To measure the potential engagement and influence of DSIT International R&I Funds on Policy. This will involve developing a method for scanning and analysing data, web or other sources for documented evidence of engagement/influence. Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Supplier Attachments tab within the Jaggaer eSourcing Portal. This contract will be awarded based on the evaluation criteria as set out in the ITQ document. How to Apply UK Shared Business Services Ltd (UKSBS) will be using the Jaggaer eSourcing Portal for this procurement. To register on the Jaggaer eSourcing portal please use the link https://beisgroup.ukp.app.jaggaer.com/ and follow the instructions to register as a supplier. If you are already registered on the Jaggaer eSourcing Portal and wish to participate in this procurement, please use the link: https://beisgroup.ukp.app.jaggaer.com/. Once you are logged into the system you will be able to locate the Procurement you wish to leave a bid on by clicking the ITTs Open to All Suppliers and searching for the reference number PS24036 - Measuring International R&I Policy Engagement and Influence. Additional information: DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-02-01
Deadline:
2024-02-01
Mill Hill County High School ~ Catering Tender
UK London Mill Hill County High School

Mill Hill County High School is a Secondary school and 6th form situated in Mill Hill, North London. It is a partially selective school which became an academy in 2011. The tender project is seeking to appoint a Contractor whose initiative and innovation will be welcomed for the provision of service within the existing facilities for the 1700 students on roll and 200 teaching and support staff, with a focus on exciting new food concepts to satisfy a wide range of pupil tastes and dietary requirements. The School would wish the successful contractor to review the current range of services offered and make recommendations accordingly.The contract being tendered is for three years in duration from 1st August 2024 to 31st July 2027 and will operate as a Guaranteed Performance Contract, with the successful Contractor offering the School a guaranteed return / cost per annum for the provision of catering services. Sovereignty of the cash tariff is to remain with Mill Hill County High School for the duration of this contract.The School year is based on a calendar of 195 days. Five days are to be used for staff professional development which means that School will be open to receive students for the legal minimum of 190 days.The contract offered covers the scope for the provision of all catering services within the School, which currently includes breakfast, morning break, lunch, all hospitality and free issue requirements. Free School meals and hospitality will be charged based on consumption and at net food cost.Whilst the School prioritises value for money as a key objective of the Competitive Tender Process, the Governing body is not obliged to accept the lowest price.The value of the current contract is: - Sep-Jul 21/22 22/23 Cash Sales 359,993.03 410,437.74 Free School Meals 72,121.69 88,878.24 Hospitality 44,283.69 48,655.84 Total 476,398.41 547,971.82 The overall contract value over the five-year term is £2.74mMill Hill County High School expects the successful contractor to enable the continued development of catering through the provision of an innovative, healthy food service – compliant with Government Guidelines, with fresh, seasonal, locally sourced ingredients being prepared on-site. The School expects the successful tenderer to evidence, through their bid, how they shall support and complement its values and support the principles of Every Child Matters. The School believes that success should be celebrated and that pupils should enjoy their time at school; if lessons are stimulating and challenging then students will love learning. Much time therefore, is spent reviewing and planning schemes of work to ensure that they are differentiated to meet the needs of all students. As a result, the School are very enthusiastic regarding work experience and apprenticeship proposals and would welcome the input of the successful Contractor. Please see SQ Document for more information.

Value: 2740000
Published: 2024-02-01
Deadline: 2024-03-08
2740000 2024-02-01 2024-03-08
Provision of Payroll Services for the British Embassy The Hague
British Oversea Territories London Foreign Commonwealth and Development Office

The Contractor will provide payroll and HR services within the following scope: - DNI Reporting; - Provision of a journal system per budgetary department; - Invoicing and reports per budgetary department; - Tax Abatement knowledge and support with calculations; - Leave scheme knowledge and support with calculations; - Ideally experience in dealing with diplomatic organisations; - WKR space experience and working knowledge; - Calculation of staff salaries; - Calculation of third-party contributions; - Calculation of additional payments; - Calculation of end of service pay; - Preparation of payslips and delivery of these to the Embassy and employees via an online portal; - Advise on salary-related issues (for instance, tax/abatement); - Preparation statement of annual earnings for staff; - Generation of employment certifications and social security contributions - Legal and tax advice on staff-related payroll laws in The Netherlands.

Value: 27000
Published: 2024-01-31
Deadline:
27000 2024-01-31
https://fcdo.bravosolution.co.uk/
UK London Foreign Commonwealth and Development Office

Medical Insurance Services for the British Embassy Tbilisi

Value:
Published: 2024-01-31
Deadline: 2024-02-28
2024-01-31 2024-02-28
Event Management Enterprise Festival
Manchester The Growth Company

This is a one-off event, to be held in late March 2024 in Greater Manchester. The number of delegates and exhibitors is expected to be circa. 500. The venue must also allow for outside catering and "shell/stand" provision, including electricity points and wi-fi. In addition, we would hope that the venue can support the facilitation of a "makers' market" for our existing clients as a showcase (legislation is such that no permits are required if the market is held outside, with the permission of the landowner - though it is expected that the events company will make their own assurances in this regard as to any potential legal restrictions or accreditations required.) The event audience is expected to be: - Existing users of the ''EnterprisingYou'' and wider GM BGH service - Stakeholders and referral partners inc. strategic partners - Prospective clients of the service - Pre-startups, sole traders, freelancers, micro and businesses (foundational economy sector) all based or trading in GM. Specific tasks to be performed by the supplier are: • Event planning: in the initial stages, the GM Business Growth Hub (GM BGH) team will facilitate a roundtable with the event producers to provide a holistic overview of what we expect on the day of the event. The event producers will then take this away and begin the practical steps required to meet the brief. • Create and manage a landing page for event registration: make ready and transfer registration data. • Source venue and manage contract terms including payment (venue must allow for numerous factors pre-determined by the GM BGH team such as permission for outdoor catering, external space to allow for market stalls and any other reasonable allowances.) • Liaise with exhibitors to ensure full use of available stands. • Liaise with caterers, entertainment & any other staff required on the day of the event to ensure the event runs smoothly. • Plan & deliver appropriate strategy to encourage event attendance and to track impact of the event on the day. • Monitor the registrations and identify contingency plans if not hitting the attendance levels • Organise a post meeting to present an overview of how the event achieved its aims and objectives.

Value:
Published: 2024-01-31
Deadline:
2024-01-31
Heavy Goods Vehicle Recovery & Detention Services
British Oversea Territories London Home Office

The Home Department acting through Border Force has the power to detain vehicles where it is identified that the owner/hirer have an outstanding debt to a penalty levied under the Civil Penalty Regime. These provisions allow the Authority to issue legal paperwork and for the vehicle (including its content) to be taken into formal detention. Border Force is seeking to appoint a Supplier to provide Heavy Goods Vehicle (HGV) recovery and detention services. The contract will be for the Supplier to recover vehicles nationally and then store the vehicles until the Authority mandates their release or sale. Additional information: The intention of this notice is to gauge the market&apos;s level of interest and to assess the capability of the market to meet the requirement. If your organisation is interested in this requirement, please send an Expression of Interest (EoI) to detentionservicesprocurement@homeoffice.gov.uk. Following expressions of interest, suppliers will be issued with a Non-Disclosure Agreement to be signed and returned to the Authority. Once received, the supplier questionnaire will be made available for completion. The closing date for expressions of interest and the return of a completed supplier questionnaire is 01:00 pm on Friday 16th February 2024. Suppliers will need to register in the first instance on the Authority&apos;s eSourcing portal - https://homeoffice.app.jaggaer.com/web/login.html. Once registration has been completed suppliers who have expressed an interest will be given access to the event. Please note that this is a request for information only. The Home Office does not undertake to enter into any contractual agreement on the basis of this prior information notice.

Value:
Published: 2024-01-29
Deadline: 2024-02-16
2024-01-29 2024-02-16
Medical Insurance Services for the British Embassy Tbilisi
London Foreign Commonwealth and Development Office

Medical Insurance Services for the British Embassy Tbilisi

Value:
Published: 2024-01-29
Deadline:
2024-01-29
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Highways
United Kingdom London London Borough of Haringey - Parks and Leisure

Highways insurance works DPS1 1133 Works to be completed by Mid March 24 Parking suspensions can be arranged . Provide notice This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-01-26
Deadline:
2024-01-26
GB-London: BL Extension Project & Estates
British Oversea Territories London British Library

The British Library requires a legal services provider that will work within the BL's governance and statutory frameworks to advise and transact on, structure and prepare the relevant documentation for complex property matters

Value: 1000000
Published: 2024-01-26
Deadline:
1000000 2024-01-26
BE23185 - Subscription services for market insight relating to the power sector
UK London Department for Energy Security and Net Zero (DESNZ)

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-01-26
Deadline:
2024-01-26
Provision of Medical, Life, Vision and Dental Insurance for the British Embassy in Nassau, Bahamas
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Medical, Life, Vision and Dental Insurance for the British High Commission in Nassau, Bahamas

Value: 48470
Published: 2024-01-23
Deadline:
48470 2024-01-23
Provision of Medical, Life, Vision and Dental Insurance for the British High Commission in Nassau, Bahamas
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Medical, Life, Vision and Dental Insurance for the British High Commission in Nassau, Bahamas

Value: 48470
Published: 2024-01-23
Deadline:
48470 2024-01-23
Structural Heart and VAD's
UK London NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable). If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-takingaccount-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 ""Tackling Modern Slavery in Government Supply Chains"" will also apply. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// . - Click on “SQs Open to All Suppliers”.

Value:
Published: 2024-01-23
Deadline:
2024-01-23
Tri-Borough Insurance Tender-Property and Residential Leasehold Buildings contracts
UK London The Royal Borough of Kensington and Chelsea

A Service Contract will be awarded to a single supplier for Lot 1 Property and for Lot 2 Leasehold Buildings - the contract for each council could be awarded to a different supplier. The delivery of the contract is anticipated to begin on 01 April 2024.The objectives of this contract are: To provide Property insurance for the City of Westminster, London Borough of Hammersmith and Fulham and Royal Borough of Kensington and Chelsea Property programme.To provide Residential Leasehold Buildings Insurance for the City of Westminster, London Borough of Hammersmith and Fulham and Royal Borough of Kensington and Chelsea residential leasehold properties.

Value: 100000000
Published: 2024-01-20
Deadline: 2024-02-19
100000000 2024-01-20 2024-02-19
Brampton Manor Academy Outsourced Catering Services
UK London BRAMPTON MANOR TRUST

The proposed contract will be for the outsourced provision of catering services to Brampton Manor Academy. It is the Academy’s expectation that the Bidder shall be responsible for the operation of the catering function including employment and management of staff, the TUPE and management of existing staff, supply of food, consumables, vehicles for food transportation and light equipment and preparing and serving appropriate meals. The Academy will retain responsibility for payment of utilities and the operation and maintenance of core catering equipment and facilities.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with the Academy. The Bidder will also be responsible for all legal, and health and safety requirements in delivering the services.The Bidder will provide a range of good quality, nutritious, attractively presented meals for pupils and staff, that comply with the Government’s current and future minimum nutritional and food- based standards for the educational sector. Meals should reflect growth in healthy eating trends, promote uptake, and comply with the Ofsted guidance for catering.The Bidder shall establish effective management and operational level communication systems at all levels regarding the catering service with customers that include: School management, parents, and pupils. In addition, the contactor will also be responsible for all legal and health and safety & food safety requirements in delivering the catering services.

Value: 4000000
Published: 2024-01-20
Deadline: 2024-03-04
4000000 2024-01-20 2024-03-04
Church Street Demolition & Associated Works : Site A [Phase 2 & Phase 3]
London capitalEsourcing

Provision of a suitability qualified Demolition Contractor to carry out the demolition and associated works to Church Street Site "A" Phase 2 & 3, via an open procurement procedure accompanied by information for qualitative selection that is required by Westminster City Council [WCC]. Site "A" is part of the Church Street Regeneration project which aims to improve the quality of life of the people who live and work in the area. On completion it will bring around 1,750 high quality new homes, greener and more pedestrianised spaces, and new community services to support the health and wellbeing of the local community. Summary of Scope of works to be carried out: (i) Prelims - Site Set-Up Etc (ii) Asbestos Removal (iii) Enabling Works Disconnections - [by others] (iv) Site Clearance & Demolition Works (v) Recycling And Removal Pre-requisite of this opportunity: Accreditation : National Federation of Demolition Contractors [NFDC] or equivalent; Asbestos Removal Contractors Association [ARCA] or equivalent either direct or outsourced via approval supply chain. Insurance : EL/PL £10M minimum; PI £5M if providing design/professional services Experience : High value; complex inner city demolition [London] Link for more information about the regeneration of Church Street : https://churchstreet.org/ Suppliers not currently registered on the capital eSourcing system can complete the registration process via the the link :https://www.capitalesourcing.com/web/login.shtml

Value:
Published: 2024-01-19
Deadline:
2024-01-19
Convener & Tribunal Secretary of the FRC Tribunal and Appeal Panel
United Kingdom LONDON THE FINANCIAL REPORTING COUNCIL LIMITED

The purpose of the Financial Reporting Council (FRC) is to serve the public interest by setting high standards in corporate governance and stewardship, corporate reporting, auditing and actuarial work, assessing the effectiveness of the application of those standards and enforcing those standards proportionately where it is in the public interest. Our Enforcement Division, led by our Executive Counsel, is responsible for conducting investigations under our main enforcement procedures. Decisions to open investigations and to refer them to the Enforcement Division, are made by the FRC's Conduct Committee where it considers there may have been misconduct or a breach of the relevant professional standards. As the UK's competent authority for statutory audit and the independent disciplinary body for accountants and actuaries in public interest cases, the FRC is committed to delivering robust, fair and transparent regulatory outcomes on a timely basis. In the financial year ending 31 March 2023, the FRC's Enforcement Division resolved 19 cases and imposed financial sanctions of £40.5m, including a sanction of £20m. Many investigations are concluded through settlement. In such cases, a member of the Tribunal Panel will be appointed to consider and approve the settlement agreement. However, a small number of cases will be referred on to the Tribunal stage, where an independent public Tribunal is convened to consider the matters brought to it. Tribunals will be convened from three or five members of the Tribunal Panel and will include at least a legal chair, a member of the relevant profession and a lay member. The FRC wishes to appoint a new Convener & Tribunal Secretary of the Tribunal Panel, a role formally provided for under the FRC's enforcement procedures. The role of the Convener & Tribunal Secretary includes (however is not limited to): • Appointing the Chair of the Tribunal from the Panel and, with the support of the Chair, appointing a Tribunal or Appeal Tribunal from members of the Tribunal Panel, with due regard for availability, experience, expertise and potential conflicts of interest of the Tribunal Panel members. • Appointing replacement members to an ongoing Tribunal, Joint Tribunal or Appeal Tribunal, should this be required. • Appointing legal chair members of the Tribunal Panel to consider Proposed Settlement Agreements under the Schemes and Proposed Decision Notices or Proposed Settlement Decision Notices under the AEP. • Appointing legal chair members to consider applications for the interim orders or leave to appeal. • Appointing an Independent Sanctions Tribunal from members of the Tribunal Panel. • Managing hearings by acting as the Tribunal Clerk/Administrative Officer. PLEASE SEE THE INVITATION TO TENDER (ITT) FOR FULL DETAILS. Additional information: Notes:- • Download and review the documents; • Observe the timelines and tender process • Register your interest in this opportunity by email to Procurement@frc.org.uk • You will need to register your interest in this opportunity to receive the Q&A responses. • Note : The initial term of appointment will be for three (3) years, with the option to extend for a further three-years.

Value: 168000
Published: 2024-01-19
Deadline:
168000 2024-01-19
Online Support and Advice Grant (OSAG Legal Support)
UK London Ministry of Justice

The Ministry of Justice are pleased to share this potential grant opportunity regarding the upcoming commission of the Online Support and Advice Grant. The Government are committed to delivering swift access to justice for all who seek it and ensuring that citizens can obtain supportive resources, which the grant will enable.The purpose of this potential grant is to ensure that litigants in person, as well as individuals who are supporting litigants in person, and not-for-profit organisations, have access to a wide range of online legal support and advice in relation to a range of civil, family and tribunal (CFT) problems via one digital service or tool.The online service will enable such individuals and organisations to navigate the justice system and sufficiently prepare for court proceedings where necessary. The service will be widely signposted to and is expected to be user-friendly and easily accessible.The fund will be open to providers who have the capability to deliver this service and is valued at approximately £130,475-£200,000. Suppliers can bid as a single entity or as a Consortium. The funding period will commence in April 2024, and is anticipated to last for twelve (12) months with possibility for extension. The project milestones are as follows:Market Engagement Event - 9th January 2024Competition Live Date - 15th January 2024Deadline for Clarification Questions - 5th February 2024Competition Deadline - 12th February 2024Contract award and outcome confirmed -- March 2024Commencement of Fund- April 2024Suppliers interested can register through the Jaggaer e-sourcing portal ( https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) and by searching the following ITT: ITT_8326 - Online Support and Advice Grant (OSAG Legal Support). This will allow suppliers to be added and to view the content material required for the grant competition, as well as asking clarification questions. Any communications must be done via the Jaggaer E-Sourcing Portal.

Value: 130475
Published: 2024-01-18
Deadline: 2024-02-12
130475 2024-01-18 2024-02-12
Tri-Borough Insurance Tender-Property and Residential Leasehold Buildings contracts
UK London The Royal Borough of Kensington and Chelsea

Value:
Published: 2024-01-18
Deadline:
2024-01-18
Tri-Borough Insurance Tender-Property and Residential Leasehold Buildings contracts
London capitalEsourcing

The Royal Borough of Kensington & Chelsea (RBKC) is inviting tenders from sufficiently experienced and qualified contractors for Property and Residential Leasehold Buildings Insurance If Applicable: The contract will be split into 2 of Lots as follows: Lot 1: Property Insurance Lot 2: Residential Leasehold Buildings Insurance A Service Contract will be awarded to up to one contractor for each Lot. The contract will be established for an initial duration of 60 months. The delivery of the contract is anticipated to begin on 01 April 2024. The objectives of this contract are: To provide Property insurance for the City of Westminster, London Borough of Hammersmith and Fulham and Royal Borough of Kensington and Chelsea Property programme To provide Residential Leasehold Buildings Insurance for the City of Westminster, London Borough of Hammersmith and Fulham and Royal Borough of Kensington and Chelsea residential leasehold properties. To Apply The full tender pack, including the specification of requirements and contract terms and conditions can be downloaded from the e-tendering portal. Please search for reference prj_RBKC_22687 Registration on the portal is necessary to be able to download the documents. Guidance about how to access the tender documents can be found on the RBKC Procurement website. Tender submissions must be submitted via the portal. The deadline for submitting a tender response for this opportunity is midday on 19/02/2024. Please submit any clarification questions relating to this tender via the message board on the portal. The deadline for clarification questions for this opportunity is midday on 19/02/2024.

Value: 100000000
Published: 2024-01-18
Deadline:
100000000 2024-01-18
Online Support and Advice Grant
British Oversea Territories London Ministry of Justice

The Ministry of Justice are pleased to share this potential grant opportunity regarding the upcoming commission of the Online Support and Advice Grant. The Government are committed to delivering swift access to justice for all who seek it and ensuring that citizens can obtain supportive resources, which the grant will enable. The purpose of this potential grant is to ensure that litigants in person, as well as individuals who are supporting litigants in person, and not-for-profit organisations, have access to a wide range of online legal support and advice in relation to a range of civil, family and tribunal (CFT) problems via one digital service or tool. The online service will enable such individuals and organisations to navigate the justice system and sufficiently prepare for court proceedings where necessary. The service will be widely signposted to and is expected to be user-friendly and easily accessible. The fund will be open to providers who have the capability to deliver this service and is valued at approximately £130,475-£200,000. Suppliers can bid as a single entity or as a Consortium. Applicants should be aware that any new material developed as part of this grant will be subject to licence conditions. While the successful bidder would retain ownership of these materials, there is an expectation that the MoJ would hold a licence to use these products beyond the funding period, and rights to sub-licence them in the future if appropriate. This will be set out in the Primary Grant Agreement. The funding period will commence in April 2024, and is anticipated to last for twelve (12) months with possibility for extension. The project milestones are as follows: Market Engagement Event - 9th January 2024 Competition Live Date - 15th January 2024 Deadline for Clarification Questions - 5th February 2024 Competition Deadline - 12th February 2024 Contract award and outcome confirmed -- March 2024 Commencement of Fund- April 2024 Suppliers interested can register through the Jaggaer e-sourcing portal ( https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) and by searching the following ITT: ITT_8326 - Online Support and Advice Grant (OSAG Legal Support). This will allow suppliers to be added and to view the content material required for the grant competition, as well as asking clarification questions. Any communications must be done via the Jaggaer E-Sourcing Portal. Any issues registering please contact our Commercial Lead Lucinda Carty: Lucinda.carty@justice.gov.uk

Value: 200000
Published: 2024-01-17
Deadline:
200000 2024-01-17
Loan and Securities Collateral Legal Panel 2024
UK LONDON Bank of England

The Bank of England (the "Bank") lends through its market operations against eligible collateral delivered by firms. This takes the form of either loan or securities collateral. To ensure that the collateral is eligible for the Bank's operations, legal due diligence is required, particularly when it comes to loan collateral. The Bank is therefore seeking 3 law firms to be part of a framework and to conduct legal reviews relating to collateral on a case-by-case basis. The overall contract value includes the costs of all reviews, which will ultimately be recharged to the firm that is seeking to position the collateral with the Bank.Tenders or requests to participate must also be submitted electronically via https://supplierlive.proactisp2p.com/Account/Login Ref: PRJ/ 1000204

Value: 3600000
Published: 2024-01-17
Deadline: 2024-02-14
3600000 2024-01-17 2024-02-14
Legal Services Framework
UK London The Guinness Partnership Ltd

Guinness is seeking the provision of legal advice to support housing development transactions, such as but not be limited to the following: land and build package deals for the acquisition of affordable housing from developers; stock rationalisation disposals and acquisitions; conveyancing and confirmation of good and marketable title in connection with the purchase of single dwellings or the purchase of land with or without planning consent from a single or several owners; confirmation of good and marketable title; void disposals and the like.Additional requirements can be found within the specification document provided as part of this procurement process available as stated in section I.3.

Value: 9320000
Published: 2024-01-17
Deadline: 2024-03-01
9320000 2024-01-17 2024-03-01
Tree Maintenance - Reactive - Tree Maintenance - Reactive - Parks
United Kingdom London London Borough of Haringey - Parks and Leisure

ABCC PARKS Insurance DPS1 1150 Works to be completed by Mid March 2024 suspensions beneath tree upon request give Clare notice to obtain them This opportunity has been distributed on adamprocure.co.uk

Value:
Published: 2024-01-17
Deadline:
2024-01-17
Online Support and Advice Grant (OSAG Legal Support)
UK London Ministry of Justice

Value:
Published: 2024-01-16
Deadline:
2024-01-16
Legal Services Framework
UK London The Guinness Partnership Ltd

Although this Framework is being procured by The Guinness Partnership Ltd, we reserve the right to allow any entity within The Guinness Partnership Ltd group of companies to access it without restriction. Information around the current structure of The Guinness Partnership Ltd can be found here - https://www.guinnesspartnership.com/about-us/legal-and-governance/our-group-structure/. However, this list is not exhaustive and may be added to throughout the lifetime of the Framework. In addition, the values indicated in this notice are the best possible estimates available at the time and do not commit Guinness to any level of expenditure.

Value:
Published: 2024-01-15
Deadline:
2024-01-15
Legal Services Framework
United Kingdom London The Guinness Partnership Ltd

The Guinness Partnership Limited is seeking to procure a Framework Agreement through a Restricted Procedure for Legal Services to provide advice and support across a variety of business areas that are broken down into various lots which are detailed below. For details of the services provided in each lot, please refer to the specification document provided as part of this procurement process, available as stated in section I.3. The Framework will last for four years with no options to extend for any further periods. • Lot 1 - Development and Major Projects • Lot 2 - Conveyancing and Contracts • Lot 3 - Housing Management • Lot 4 - Governance and Finance • Lot 5 - Employment and Pensions Additional information: https://procontract.due-north.com/

Value: 9500000
Published: 2024-01-15
Deadline:
9500000 2024-01-15
Legal Services Framework
UK London The Guinness Partnership Ltd

Value:
Published: 2024-01-15
Deadline:
2024-01-15
Legal Services Framework
UK London The Guinness Partnership Ltd

Although this Framework is being procured by The Guinness Partnership Ltd, we reserve the right to allow any entity within The Guinness Partnership Ltd group of companies to access it without restriction. Information around the current structure of The Guinness Partnership Ltd can be found here - https://www.guinnesspartnership.com/about-us/legal-and-governance/our-group-structure/. However, this list is not exhaustive and may be added to throughout the lifetime of the Framework. In addition, the values indicated in this notice are the best possible estimates available at the time and do not commit Guinness to any level of expenditure.

Value:
Published: 2024-01-15
Deadline:
2024-01-15
BE23235 - Climate Change Risk Assessment 4 Technical Report
UK London Climate Change Committee

DO NOT APPLY DIRECTLY TO BUYER All submissions will be assessed in accordance with the Public Procurement Regulations that apply to this opportunity. Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Jaggaer eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity, unless a system outage is experienced, to which the Contracting Authority will advise upon accordingly. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded. As a user of the Jaggaer eSourcing Portal you will have access to the Jaggaer messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no Legal Standing, merit or worth and should not be relied upon by any organisation submitting a tender response. Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity. The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice; and ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so. About UK Shared Business Services UK Shared Business Services Ltd (UKSBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise. Where UKSBS is not named as the Contracting Authority within the documentation, UKSBS will be acting as an agent on behalf of the Contracting Authority. Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations. For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx

Value:
Published: 2024-01-12
Deadline:
2024-01-12
Electrosurgical Consumables and Related Accessories
UK London NHS Supply Chain Operated by Supply Chain Coordination Ltd (SCCL)

The following certification will be a requirement of the upcoming tender exercise and Applicants may be required to include evidence of this within their tender submission. - ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain. - Public Liability Insurance cover of £5m per claim in the name of the Applicant - Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m per claim and in the annual aggregate - Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive -Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable) -MHRA Registration number. - If an Applicant commits to obtain ISO9001:2015 or equivalent quality standard certificate, Public Liability Insurance or Product Liability Insurance certification at the time of their tender submission then the requirement is that such certification is in place prior to the commencement date of the framework agreement (in order for NHS Supply Chain to place orders with the successful Applicant). The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future Framework Agreement will include some qualitative evaluation questions on Social Value with a min. weighting of 10% towards the award. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-ofsocial-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘ (PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply. As part of its pre-tender strategy, NHS Supply Chain would also like to engage with suppliers of these products via a Request for Information (RFI). If you would like to complete the Request for Information document in respect of the products which are the subject of this procurement then please follow the below instructions; REGISTRATION 1. Use URL https://nhssupplychain.app.jaggaer.com// to access the NHS Supply Chain Procurement portal. 2. If not yet registered: - Click on the ‘Not Registered Yet’ link to access the registration page. - Complete the registration pages as guided by the mini guide found on the landing page. PORTAL ACCESS If registration has been completed: - Login with URL https://nhssupplychain.app.jaggaer.com// . - Click on “SQs Open to All Suppliers”. EXPRESSION OF INTEREST - Find SQ_518 - RFI - Electrosurgery Consumables and Related Accessories and click on the blue text. Select Express interest.

Value:
Published: 2024-01-12
Deadline:
2024-01-12
PROVISION OF PROPERTY INTELLECTUAL SERVICES
UK London CITY UNIVERSITY OF LONDON

For more information about this opportunity, please visit the Delta eSourcing portal at:

Value:
Published: 2024-01-09
Deadline:
2024-01-09
MEDICAL TECHNOLOLGY (MEDTECH) INNOVATION DPS
UK London NHS Supply Chain

There are criteria detailed within the tenders documentation around Compliance/Validation stage that is required to participate within this Innovation MedTech DPs that are a Pass/Fail Requirements. - URN Reference number provided by NHS Innovation service portal, HIN health innovation network or NHS SC Innovation Team where applicable for the following: - Innovation Service OR - National policy from NHSE or DHSC OR - NICE GuidanceAND - MHRA Product RegistrationThe following certification will be a requirement of the upcoming tender exercise and Applicants will be required to include evidence of this within their tender submission.- ISO 9001:2015 or equivalent externally accredited and up-to-date quality standard certificate(s) to cover all segments of the Applicant's (and the product's) supply chain. This should include but not be limited to manufacturing, storage, distribution and customer service. Further information in respect of certification requirements will be set out in the notice for the forthcoming procurement. If such certificates are not in the name of the Applicant then the Applicant must supply a copy of agreements setting out the authority and responsibilities of all parties in the supply chain and provide evidence of ISO9001:2015 or equivalent for all relevant parties in the supply chain.- Employers Liability Insurance cover of £5m per claim in the name of the Applicant- Public Liability Insurance cover of £5m per claim in the name of the Applicant- Product Liability Insurance cover in the name of the Applicant of £5m per claim or £5m in the annual aggregate- Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical DeviceRegulations 2002 or Declaration of Conformity and CE Certification to d-Declaration of Conformity and UKCA Certification to demonstrate compliance to UK Medical Device Regulations 2002 or Declaration of Conformity and CE Certification to demonstrate compliance to Medical Devices Directive 93/42/EEC or Medical Device Regulation 2017/745 (where applicable).The NHS has adopted PPN 06/20 (taking account of Social Value), and therefore this future DPS Agreement will include some qualitative evaluation questions on Social Value with a pass/Fail requirement. For more information please see: https://www.gov.uk/government/publications/procurement-policy-note-0620-taking-account-of-social-value-in-the-award-of-central-government-contracts. In addition, from April 2023: the NHS adopted the Government’s ‘Taking Account of Carbon Reduction Plans‘(PPN 06/21) requiring all suppliers with new contracts for goods, services, and/or works with an anticipated contract value above £5 million per annum, to publish a carbon reduction plan for their direct emissions. From April 2024, the NHS will expand this requirement for all new contracts, irrespective of value. Suppliers bidding on NHS Supply Chain tenders will also be required to submit an Evergreen Assessment, please see https://www.england.nhs.uk/nhs-commercial/central-commercial-function-ccf/evergreen/. PPN02/23 "Tackling Modern Slavery in Government Supply Chains" will also apply.

Value: 500000000
Published: 2024-01-05
Deadline: 2031-01-02
500000000 2024-01-05 2031-01-02
Provision of Medical Insurance Services for Saudi Arabia Network
UK London Foreign Commonwealth and Development Office

Medical Insurance Services

Value:
Published: 2024-01-05
Deadline: 2024-02-05
2024-01-05 2024-02-05
Provision of Medical Insurance to British Embassy Manila
UK London Foreign Commonwealth and Development Office

medical insurance services

Value:
Published: 2024-01-05
Deadline: 2024-02-05
2024-01-05 2024-02-05
Provision of Medical Insurance Services for Saudi Arabia Network
British Oversea Territories London Foreign Commonwealth and Development Office

Provision of Medical Insurance Services for British Embassy Riyadh and British Consulate General Jeddah. Additional information: All Tender documentation will be published, and all substantive communication between The Authority and bidders will be conducted via the FCDO&apos;s eProcurement Portal JAGGAER.

Value: 527000
Published: 2024-01-04
Deadline:
527000 2024-01-04
Your Alerts:
Prof Services

How to win professional services tenders

With a remit spanning several key areas, it can sometimes be complicated to understand the requirements of each individual bid. This task often falls upon those who already perform other operational and development roles, leading to the pressure of time management, impacting on the level of your bid success.

Really, as with all bids, it is important to invest time to fully understand the clients requirements and objectives, then clearly demonstrate how your solution is aligned to best support their business. Also, clearly outlining your competitive advantage and creating an effective win theme is often overlooked, but is critical to success.

Get bid support

Why use Thornton & Lowe
Where to find professional services tenders?

With success rates at over 80%, we are well placed to offer you advice and support to ensure that your professional services tender stands out from the competition. Thornton & Lowe’s experience since 2009, spans many different sub sectors. Our knowledge and expertise will help guide and add value to your bids.

Using our Tender Pipeline software, below, you can search for LIVE tenders across a variety of industries. Also, sign up today to receive notifications of relevant contracts tailored to you.

Push your business to the next level.
Win more professional services contracts.

Get bid support

Made by Statuo